Published date: 29 April 2024

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 10 June 2024, 5pm

Contract summary

Industry

  • Strategic submarine nuclear fuelled - 35512100

Location of contract

Any region

Value of contract

£35,000,000

Procurement reference

tender_316965/1326844

Published date

29 April 2024

Closing date

10 June 2024

Closing time

5pm

Contract start date

28 October 2025

Contract end date

28 October 2032

Contract type

Works

Procedure type

Other: Exempt - Competitive Dialogue

Contract is suitable for SMEs?

No

Contract is suitable for VCSEs?

No


Description

Expressions of Interests are sought from Potential Providers that have the capability to develop and supply a countermeasure system for current in-service and potential future platforms. This system will be known as the Next Generation Countermeasure (NGCM) and falls with the wider Underwater Defensive Aids Suite (UDAS) delivery Programme.

This procurement will be undertaken following the competitive dialogue procurement process.

The NGCM project is to be delivered in accordance with the Statement of Requirement (SOR) and Systems Requirements Document (SRD), which will be issued with the Invitation to Participate in Dialogue (ITPD).

The Contract is also to provide:
- Trials & Testing
- Combat System Integration
- Initial Support Solution including Equipment & Technical Support
- An initial Training Needs Analysis (TNA)
- Post Design Services as required

The initial Contract duration is estimated to be for a period of 7 years.

The ITPD will also include the scope for 2 integration options. If appropriate only 1 option will be exercised.

The Authority intends to arrive at a shortlist of a maximum of three tenderers who meet minimum pre-qualification standards.

Potential Providers are to note that to fulfil this requirement, the chosen supplier will be exposed to and required to safeguard nationally sensitive information/data bearing a security classification up to and including SECRET UK EYES ONLY level.

The Authority therefore requires Potential Providers to have Provisional Facility Security Clearance (FSC) status to manage these security requirements throughout the entire supply chain by the ITPD issue date.

Information regarding additional exclusion criteria, minimum standards and the criteria for down selecting Potential Providers can be found within the DPQQ.


About the buyer

Address

MOD, Abbey Wood
Bristol
BS34 8JH
England

Email

mark.spicer101@mod.gov.uk